PacBio- Whole Genome Sequencing
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Solicitation (Updated)
- Updated Published Date: Jul 18, 2024 11:21 am EDT
- Original Published Date: Jul 15, 2024 04:22 pm EDT
- Updated Date Offers Due: Jul 25, 2024 02:00 pm EDT
- Original Date Offers Due: Jul 25, 2024 02:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Updated Inactive Date: Aug 09, 2024
- Original Inactive Date: Aug 09, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: B529 - SPECIAL STUDIES/ANALYSIS- SCIENTIFIC DATA
- NAICS Code:
- 541380 - Testing Laboratories and Services
- Place of Performance: Kearneysville , WV 25430USA
Description
AMEND-0001
Added - AMEND 0001 - Attachment 2-Contract Terms and Conditions and AMEND 0001 - Attachment 3 Wage Determination
No further changes
------------------------------------------------------------------------------------------------------
NAICS 541380 – Testing Laboratories and Services
PSC - B529 - Special Studies/Analysis- Scientific Data
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart 12.6, utilizing FAR part 13 procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is 12305B24Q0112 and this combined synopsis/solicitation is issued as a request for quote (RFQ).
(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03, February 23, 2024.
(iv) This is a total 100% small business set-aside and the associated NAICS code is 541380 and small business size standard is $19,000,000.
(v) A list of line-item number(s) and items, quantities, and units of measure (including option(s), if applicable).
Line Item 01 High molecular weight DNA extraction from rainbow trout blood. 48 samples
Line Item 02 PacBio HiFi library preparation. 48 libraries.
Line Item 03 HiFi library size selection. 48 libraries.
Line item 04 PacBio Sequel HiFi sequencing of the 48 libraries.
(vi) United States Department of Agriculture (USDA), Agricultural Research Service (ARS), National Germplasm Resources Laboratory (NGRL) located in Beltsville, MD requires a Contractor to provide scientific software testing, technical writing/documentation and technical/scientific training assistance to the Germplasm Resource Information Network (GRIN) Global project. See attached Statement or Work (Attachment 1).
(vii) Place of service and acceptance: 11861 Leetown Road, NEA Cool and Cold Water Aquaculture, Kearneysville, WV, 25430.
(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.
(ix) Provision 52.212-2, Evaluation-Commercial Items is applies to this acquisition. Award will be made based on best value tradeoff. The non-price evaluation factors which consist of the Price, Technical Approach Narrative, and Past Performance.
Proposals will be evaluated for merit and the ability to satisfy the objectives of the acquisition based on the evaluation criteria listed herein. The Government will award the contract to the responsive, responsible offeror whose proposal provides the best value to the government based on the evaluation criteria as follows:
Factor 1 - Price
Factor 2 – Technical Approach Narrative
Provide a technical approach narrative and submittals for all proposed materials, equipment, and shop drawings for use in the project to include, at a minimum:
Submission for this factor shall not exceed one (1) page.
Factor 3 –Past Performance
This factor will be evaluated based on the offeror’s capability and capacity to meet the contract requirements, based on past contract performance. Past performance will be assessed based on references provided to the procurement office. The Government, at its sole discretion, may utilize other sources of past performance such as the Contractor Performance Assessment Reporting System (CPARS) or any other known sources not provided by the offeror. Offerors should provide references for up to three similar contracts completed within the last three years of similar size, scope, function, and complexity to the subject project.
Offerors are cautioned to submit information specific to projects and actual delivery of products or services. Project submissions referencing base indefinite delivery contracts or blanket purchase agreements alone, and not the actual orders will not be considered.
If no references are provided and there is no known past performance with the procurement office, the offeror will be given a neutral rating.
(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov by the time quotes are due.
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services, applies to this acquisition. Additional clauses included as attachment: Attachment 2 Contract Terms and Conditions
(xiii) In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:
(a) Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Statement of Work.
(b) Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.
(c) Submit Unique Entity ID (UEI) with quotation.
(d) Quoted prices must include all applicable costs including FOB shipping costs.
REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions.
DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.
(xv) Quotes are due on 07/25/2024 at 2:00 PM EST by email to Rebecca Lumpkin at rebecca.lumpkin@usda.gov (Must include the Notice ID in the Subject Line)
(xvi) Rebecca Lumpkin may be reached at rebecca.lumpkin@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 7/19/2024 by 2:00 PM EST.
Attachments/Links
Contact Information
Contracting Office Address
- 10300 BALTIMORE AVENUE BLDG 003, RM 223, BARC-WEST
- BELTSVILLE , MD 20705
- USA
Primary Point of Contact
- Rebecca Lumpkin
- rebecca.lumpkin@usda.gov
- Phone Number 3016197396
Secondary Point of Contact
History
- Aug 09, 2024 11:55 pm EDTSolicitation (Updated)
- Jul 15, 2024 04:22 pm EDTSolicitation (Original)